HomeMy WebLinkAbout4.646 Original ContractCITY OF PORT ANGELES
WASHINGTON
MARCH 2010
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
Reviewed by
2;1
M.C. Pun!enney, P.
Deputy Director
Senior Assistant City Attorney
CONTRACT DOCUMENTS
for
Refuse Truck Purchase
PURCHASE CONTRACT NO. ES -10 -004
Project No ES -10 -004 Page 1 of 29
1 at
March 02, 2010
6 „01;
Me,
CITY OF PORT ANGELES
INVITATION TO BID
for
Refuse Truck Purchase
Sealed bids will be received by the Director of Public Works Utilities until 2:00PM Thursday,
April 29, 2010, and will be opened and read in the Public Works conference room, main floor,
Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for: 2010 or Newer Automated Side Loader Refuse Truck
The equipment to be bid includes the vehicles listed above, hereinafter collectively called the
"Equipment." Bid documents may be obtained by calling Lucy Hanley at (360) 417 -4541 or by
emailing IhanlevCa.citvofoa.us
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in
the bidding process.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid
to such businesses as have contacted the City for such notification. Further, all bidders are
directed to solicit and consider minority and women owned businesses as potential
subcontractors and material suppliers for this project.
PUBLISH: Peninsula Daily News: March 28, 2010
Glenn A. Cutler, Director
Project No. ES -10 -004 Page 2 of 29
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE April 29, 2010,
PURCHASE CONTRACT NO. ES -10 -004.
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Director of Public Works and Utilities, and
mailed to PO Box 1150, or delivered to 321
East Fifth Street, Port Angeles, Washington
98362.
It is the intent of the attached specifications
to describe the minimum requirements for
the equipment requested in sufficient detail
to secure bids on comparable equipment.
All parts for body or chassis which are
necessary in order to provide a complete
unit, meeting all safety requirements, and
ready for operation, shall be included in the
bid and shall conform in strength, quality of
workmanship and material to that which is
usually provided the trade in general. Any
variance from the specifications or
standards of quality must be clearly pointed
out in writing by the bidder.
Do not make reference to brochures or
supporting literature on the bid sheet. All
notations for bid compliance or
exceptions are to be made on the bid
sheet or on a plain piece of paper
attached and referenced to the bid item.
Bidders are required to bid on schedule A.
Bidders are required to bid all options
pertaining schedule A. Failure to do so
could be cause for the bid to be considered
non responsive. Bid award will be based on
lowest responsive bid.
If a bidder's corporate policy mandates use
of an official quotation form, it may be
submitted. However, the cost data must be
duplicated on the City's bid cost data and
agreement sheet. The City's bid sheet
Project No. ES 10 004
INSTRUCTIONS FOR BIDDERS
Equipment Bids
must be signed by the bidder or its agent
in order for the proposal to be accepted.
If alternate equipment is proposed, bidders
are required to submit a separate bid sheet
for each unit offered.
All bids must be made on the required bid
form and in cases of errors in the extension
of prices in the bid, the unit prices will
govern. All blank spaces for bid prices must
be filled in, with ink or typewritten, and the
bid form must be fully completed and
executed when submitted. Only one copy
of the bid form is required. Faxed bids will
not be accepted. Failure to adhere to
instructions may constitute disqualification
of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
Failure on the Contractor's part to comply
with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications,
including but not limited to the equipment
constructed as shown, and the necessary
manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes
both specifications and a brand name and
number, the specifications shall govern in
case of conflict. Brand name and number
are for reference as to the type and quality
required and do not preclude offers of a
comparable or better product, provided full
specifications and descriptive literature
accompany the offer. Failure to include full
descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased vehicle must have full
Manufacturer's new vehicle warranties, and
Page 3 of 29
the warranties must inure to the benefit of
the City.
Vendor agrees to these warranty provisions
by signing the bid proposal.
SAFETY:
This unit shall completely comply with all
State and Federal laws, rules, regulations
and codes in effect at the time of delivery.
The unit shall be tested by the successful
bidder for compliance with all OSHA/WISHA
regulations and the State Department of
Labor and Industries Electrical Workers
Safety Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible
for delivery to the City's garage, 1703 South
B Street in Port Angeles, Washington,
between the hours of 7:30 AM and 3:00 PM
during the City's normal work day. Delivery
shall be made within the time period
specified on the Schedule but not later than
180 days after the contract is signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right
to consider delivery time and may waive any
informalities or minor defects or reject any
and all bids. Any bid may be withdrawn
prior to the above scheduled time for the
opening of bids or authorized postponement
thereof. Any bid received after the time and
date specified shall not be considered. No
Bidder will be permitted to withdraw its
proposal between the closing time for
receipt of proposals and the execution of
contract, unless the award is delayed for a
period exceeding sixty (60) calendar days.
The City of Port Angeles may, at its option,
in awarding this purchase contract, take into
consideration the revenue it would receive
from purchasing the equipment from a
supplier located within its boundaries, in
accordance with RCW 39.30.040.
Offers made in accordance with the
Invitation to Bid shall be good and firm for
the period specified in the bid unless the
Project No. ES 10 004
Bidder specifically limits its offer to a shorter
period by written notification on the bid
document. However, bids so modified may
be declared non responsive.
Minority and women owned businesses
shall be afforded full opportunity to submit
bids in response to this invitation, shall not
be discriminated against on the grounds of
sex, race, color, age, national origin or
handicap in consideration of an award of
any contract or subcontract, and shall be
actively solicited for participation in this
project by direct mailing of the invitation to
bid to such businesses as have contacted
the City for such notification. Further, all
bidders are directed to solicit and consider
minority and women owned businesses as
potential subcontractors and material
suppliers for this project.
Signing of the bid sheet by Contractor and
subsequent acceptance by the City of the
lowest responsive bid will constitute a
binding agreement between the City and
Contractor. Contractor understands and
agrees that no contract payment will be
made until the City certifies that all stated
specifications have been complied with and
the equipment is delivered and accepted by
the City.
Bids will be evaluated and submitted to the
City Council for approval as soon as
possible after bid opening.
Upon award of the contract to the
successful bidder, the City will send the
Contractor duplicate, complete sets of
Contract Documents, which will include the
City's Purchase Order Requisition. The
Purchase Order Requisition will include the
final agreed upon price and the specific
equipment and options being purchased.
The Contractor will then sign the duplicate
sets of Contract Documents and return
them for signing by the City. Each party will
retain a fully executed set of the Contract
Documents.
Page 4 of 29
The Invitation to Bid is released by the City
of Port Angeles Public Works and Utilities
Department, which shall act as sole point of
contact for administration of the bidding.
Questions should be directed to Lucy
Hanley, Contract Specialist, (360) 417 -4541
or to Ihanlevacitvofoa.us.
Project No. ES -10 -004 Page 5 of 29
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE CONTRACT
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS
AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT
ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY
REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price, quality, quantities,
or specification will be effective without written consent of the appropriate representative of
the City.
2. HANDLING: No charges will be allowed for handling, including but not limited to packing,
wrapping bags, containers or reels, unless otherwise stated herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this
Contract, Contractor shall give prior notification and obtain written approval thereto from the
City. Time is of the essence and the Contract is subject to termination for failure to deliver
as specified and /or appropriate damages. The acceptance by the City of late performance
with or without objection or reservation shall not waive the right to claim damage for such
breach nor constitute a waiver of the requirements for the timely performance of any
obligation remaining to be performed by Contractor.
The successful bidder shall be responsible for delivery to the City's garage in Port Angeles,
Washington, between the hours of 7:30 AM and 3:00 PM during the City's normal work day.
Delivery shall be made within the time period specified on the bid.
4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement equipment
rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has
adopted the following to calculate liquidated and actual damages for failure to complete the
delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the
number of working days established for physical delivery of the equipment/material.
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations.
c. To authorize the City to deduct these liquidated and actual damages from any money
due or coming due to the Contractor.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be
processed for payment until receipt of a properly completed invoice or invoiced items,
whichever is later.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped
prepaid, F.O.B. Destination.
Project No. ES -10 -004 Page 6 of 29
7. REJECTION: All goods or materials purchased herein are subject to approval by the City.
Any rejection of goods or material resulting because of non conformity to the terms and
specifications of this Contract, whether held by the City or returned, will be at Contractor's
risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction
manuals, and other written documents affecting this Contract shall contain the applicable
purchase contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all
claims, suits or proceedings for patent, trademark, copyright or franchise infringement
arising from the purchase, installation, or use of goods and materials ordered, and to
assume all expenses and damages arising from such claims, suite or proceedings.
10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to
specifications herein and are fit for the purpose for which such goods are ordinarily
employed, except that if a particular purpose is stated, the material must then be fit for that
particular purpose.
11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written
consent of the City.
12. TAXES: Unless otherwise indicated the City agrees to pay all State of Washington sales or
use tax. No charge by Contractor shall be made for federal excise taxes, and the City
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the
goods and materials ordered herein are free and clear of all liens, claims, or encumbrances
of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury
or destruction of goods and materials ordered herein which occur prior to delivery. Such
loss, injury or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from
and against any damage, cost or liability for any injuries to persons or property arising from
acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused.
16. ANTI- TRUST: Contractor and the City recognize that in actual economic practice
overcharges resulting from anti -trust violations are borne by the City. Therefore, Contractor
hereby assigns to the City any and all claims for such overcharges.
17. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the City for any default on the part of the Contractor, and the Contractor is
adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the
City all costs, expended or incurred by the City in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of Washington
shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County.
Project No. ES -10 -004 Page 7 of 29
18. BRANDS: When a special brand is named it shall be construed solely for the purpose of
indicating the standards of quality, performance, or use desired. Brands of equal quality,
performance, and use shall be considered, provided the bidder specifies the brand and
model and submits descriptive literature when available. Any bid containing a brand which
is not of equal quality, performance, or use specified must be represented as an alternate
and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment shall be tested by the successful bidder for compliance with all
OSHA/WISHA regulations and the State Department of Labor and Industries Electrical
Workers Safety Rules.
20. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE
TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. ES -10 -004 Page 8 of 29
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this /tday of /G ail- 2010,
between the City of Port Angeles (hereinafter called the "City and Westeffi Peterbilt.
Inc. (hereinafter called the "Contractor", "Vendor or "Bidder").
WITNESSETH: That the City and the Contractor, in consideration of the
performance of the terms and conditions hereinafter mentioned, agree as follows:
ARTICLE 1
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to Bidders, the
Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order
Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be
called "Contract Documents" or "Contract All obligations of the City and the Contractor
are fully set forth and described herein.
In the event of a discrepancy between any of the Contract Documents, as above
defined, the City shall give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in
the Instructions to Bidders, and the City agrees to purchase and receive from Contractor
the equipment as described and set forth in the Contract Documents and the provisions
of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the City.
ARTICLE IV
APPLICABLE LAW AND VENUE
This Contract shall be governed by, and construed in accordance with, the applicable
laws of the State of Washington. Any legal proceedings to determine the rights and
obligations of the parties hereunder shall be brought and heard in Clallam County
Superior Court.
Project No. ES -10 -004 Page 9 of 29
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their business in a
manner which assures fair, equal and nondiscriminatory treatment of all persons,
without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran
condition, physical or mental handicap, or national origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified individuals
who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal, state
or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring and employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the Contractor
or the Contractor's subcontractors, the City may serve written notice of intention to
terminate such Contract upon the Contractor, which notice shall specify the reasons
therefore. Unless within thirty (30) days after serving such notice upon the Contractor
such violation shall cease and an arrangement for the correction thereof satisfactory to
the City be made, the Contract shall, upon the expiration of the said thirty (30) days,
cease and terminate. In the event of any such termination, the City may purchase the
materials necessary for complete performance of this Contract for the account and at
the expense of the Contractor, and the Contractor shall be liable to the City for any
excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any person(s) or
circumstances is held invalid, such invalidity shall not affect other terms, conditions, or
applications which can be given effect without the invalid term, condition, or application.
To this end the terms and conditions of this Contract are declared severable.
Project No. ES -10 -004 Page 10 of 29
Waiver of any breach of any term or condition of this Contract shall not be deemed a
waiver of any prior or subsequent breach, no term or condition of this Contract shall be
held to be waived, modified, or deleted except by a written instrument signed by the
parties hereto.
CONTRACTOR
By:
Title: 13t
Project No. ES -10 -004
ATTEST:
)7—
a�u
Dated: 6 I 0
A r' 5 1( N
1' (tslAO/
ARTICLE VIII
WAIVER
CITY OF PORT ANGELES
By:
Title:
Dated:
ATTEST:
11-tdelA)/6
City Jerk
Appr ed to as to fo
z ;,Z..-- 1 p
City Attorney
Page 11 of 29
Western Peterhi lt, Inc_ proposal dated April 29.2010 is incorporated into the contract at
time of contract signing with the following, liria ordering period pricing and trade.,in
opliow; as hid.
a. First ()rdering Period: Pricing and 1rade-in options accepted for 2 r i
1)escription
Pelerthll 320 2010/2011 Wayne Cut bten(1er (Hist
Orderino Period)
R,:..ittse Truck 7'11920 Tratk-in
Refuse Truck 1 Trade-in
L. $5.i0,71t;
Subtotal 00
Washington State Sales Tax t8.4) and Washington
1 State New Vehicle f'ax (0,3%) 547,912 47
Total I init Price Including all Discounts and WA State
Taci
x
S598,630.47
Fr( Cr/ PraValed herein. all /CMS and eantialan) al the elnarad rtInnin nnehang fuhi e anti
offeil
estet n Poo Init. inc.
I
Narthliny,.!Filjk oj,si :ne?
5/2 00t
1We
CONTRACT: Refuse Truck Purchme, ES
hieing Aceeptance Sheet
seL,
tif of Anodes.
Dollar ikinount
S278,859.00 (2)
(2.5(i0)
vonto
t5.ftflie• IT Vie LI] SiLtil
City of Port Angeles
Invitation for Bid
Purchase Contract: ES -10 -004
GENERAL DESCRIPTION OF EQUIPMENT BEING BID:
Bidders may list variations to these minimum specifications in the "Exception" section of
the bid sheets. Bidders may also suggest alternatives to specified name brand products
specified by the City of Port Angeles in the "Exception" section as an "Approved Equal
To be considered as an "Approved Equal the specifications of the suggested
alternative must be attached for our review. The City of Port Angeles will be the sole
judge for approving other brands offered as equals to the brand specified. Bidders are
also encouraged to list and price any options that are felt to enhance the use of item bid
and /or would be desirable. All standard equipment to be included, specified or not.
When a Society of Automotive Engineers (SAE), American National Standard Institute
(ANSI), American Society for Testing and Materials (ASTM), American Welding Society
(AWS) "Reference" is cited, it is to establish an expected level of performance, level of
testing or design basis.
SCOPE OF BID
The purpose of this specification is to obtain one (1) or more new and unused automated side
loader collection truck(s) per the attached specifications.
ITEMS TO BE INCLUDED WITH BID
All major components of the requested equipment must be manufactured or distributed by the
original equipment manufacturer and advertised on a factory brochure as a standard or optional
component.
Bidder is to include the factory brochure with the bid. Equipment that has had its features or
size reduced to below what the factory says is necessary will not be accepted. Features and /or
minimums listed on this brochure as a factory required minimum for the size of the unit bid must
be included in the bid to ensure that the equipment offered not only meets these specifications,
but also includes factory- listed requirements for its particular size.
PRICING. QUANTITIES. AND ORDERING
GENERAL BID PROVISIONS:
Schedule A
Refuse Truck Purchase
A. The City is contemplating buying one or two refuse trucks under this contract.
B. Pricing shall be based on the date orders are placed after the contract is properly executed.
Venders must provide pricing for each ordering period for a bid to be considered valid. The
contract will have two ordering periods, the first being for orders placed within the first 60 days
from a properly executed contract and the second being for orders placed after the first 60 days
and before the end of the first year of a properly executed contract.
Project No ES -10 -004 Page 12 of 29
C. The City reserves the right to increase or decrease quantities under this contract and pay
according to the unit prices bid in the proposal any time during the contract period.
D. The City is entitled to any promotional pricing during the contract which is lower than pricing
as provided in bid.
E. Orders will be placed by the City with a properly executed purchase order that cites the
awarded contract.
DELIVERY DATE
The bidder must state on the bid proposal sheet the number of days after the date the purchase
order is issued that delivery of all contract specified units are guaranteed.
LATE DELIVERY
All vehicles must be completed and ready for inspection, with appropriate invoices, no later than
the agreed delivery date. All vehicles are to be delivered within the number of days bid by the
vendor and specified in the bid specifications.
For vehicles delivered to the City by the vendor, date of delivery will be date of receipt and /or
acceptance of vehicle, whichever is later, at customer user's location. For vehicles to be picked
up at dealer's facility for credit, date of delivery will be considered to be date vendor notifies user
that vehicle is available for pickup.
BID EVALUATION
The award of this contract will not be based on cost alone, as other factors and features are
equally important.
Minor deviations from these specifications will be considered, provided the manufacturer or
dealer submits in writing a full description, in detail, for each variation, with reference made to
each item to which the variation will apply. These variations must be submitted with, and made
a part of, this bid. If no variations are called out, the bidder will be required to meet or exceed
each item in the specifications as written.
The City will make evaluation on information supplied. If more than one make or model is
offered, please copy the appropriate bid sheets. A separate bid shall be submitted for each item
to be evaluated.
ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT
Signed priced invoice
ASCII and paper copy of Equipment Parts Line Setting Chart
Pre delivery inspection report
Warranty books
Parts, service and operator's manuals and drawings (as per specifications)
Registration
The successful bidder shall provide all parts, repair and operational manuals for the unit offered,
includina those for any installed or mounted equipment.
Project No. ES -10 -004 Page 13 of 29
All items called for in the specification, including, but not limited to, the necessary manuals,
must be supplied to, or in the case of training, scheduled with, the City before the final invoice
will be processed.
The application for Certificate of Title must have the following address:
City of Port Angeles
321 E. 5 St.
P.O. Box 1150
Port Angeles, WA 98362
AVAILABILITY
In the event items ordered become unavailable and cannot be supplied out of current model
year production, a unit deemed by the City to be equal must be supplied. If a substitute is not
available or acceptable, then a similar unit from the next model year must be supplied at the
same price. If time does not permit this, the order may be canceled, and the vehicle purchased
from other sources. The vendor will reimburse the City for all costs over the contract price. If
substitute /similar unit is obtained, vendor will not be assessed the liquidated damages cited
above.
Automated Side Loader Refuse Truck
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
All unspecified, installed components will be configured to match or exceed industry and
safety standards for the requested GVW and vehicle type.
Chassis
Project No. ES -10 -004 Page 14 of 29
CATEGORY ITEM MINIMUM SPECIFICATIONS
Cab, Controls 1
General
Project No ES -10 -004
New currentimodel, 66,000 GVW,
tandem axle; cab over, sit down style
right hand chive, all aluminum riveted
cab
Piano hinges shall be used on both
doors. Hydraulic cab tilt cab latch
The windshield shall be two piece, flat
glass style All glass shall be tinted.
All controls and gauges to be mounted
for a right hand drive configuration Duel
drive is not acceptable.
Doors shall have vinyl padded cover
with carpet insert Grab handles will be
mounted on each side to the rear of the
door and under the windshield at the
front of the Cab.
The driver's side shall have a diamond
plate floor gdvering. The passenger side
shall have a slip resistant rubber /vinyl
floor covering
Left right 1 ,1side sun visors and an
exterior stainless steel sun visor
The driver ;shall have duel brake
pedals.
2 Drivers Seat. Mid back, cordura cloth
covering, air suspension, adjustable in
height as well as fore and aft. Air
adjusted lumbar support.
Passenaer seat mid back, w /headrest,
cordura cloth covering, non suspension,
adjustable fore and aft. Enclosed
storage area under seat
COMPLY
EXCEPTIONS
(7 0w -Z
2o,ow lbw axip
`ge,a)o tlos ?eGv 4 4
t�r,aoo �,rw
Mt •fi. 1 co C.
t
366 4s 2 22.5
'!tits
r5 C2
■4,/ Sews
54 Icc vvaa,/
Page 15 of 29
CATEGORY ITEM MINIMUM SPECIFICATIONS
3 Electric windshield wipers with
intermittent feature.
Electric power windows, driver and
passenger side. Both controlled from
drivers station
Power adjustable heated stainless
steel West Coast style mirrors Both
sides controlled from drivers station,
3 ea of the 8" bright finished convex
heated mirrors. One mounted on each
side under the standard mirror head,
one mount4 i above the right hand
,mirror head;
4 installed, heater, defroster (with side
window defroster) air conditioning,
controlled from drivers station. All heater
lines to have shutoff valves at the
engine AC refrigerant, R134.
One in cab auxiliary defrost fan.
One electric horn and one bright finished
air horn.
Integral mounted gauge duster to
include: voltmeter, ammeter, engine
temp, trans temp, oil pressure, air
pressure (pr mary secondary), fuel,
tachometer speedometer, odometer,
and enginechour meter.
There will b'e at least two spare factory
mounted sw tch'es for controlling user
added auxili4ry;equipment
5 Charaina /el'dctrical system:
Batteries three'ea. AGM, top stud, 2400
CCA
Stranded copper battery cables will be
00 or larger.
A battery shut off will be mounted
adjacent to the battery box.
Alternator 12v, 130 amp.
Project No ES -10 -004
COMPLY EXCEPTIONS
X
X
X
x
g I�nuL, mss'
k✓
Q WI r(
Asti A 614 ,aQVtd
d►oin- iitisle8
Page 16 of 29
CATEGORY ITEM
6
Frame
MINIMUM SPECIFICATIONS
AM /FM stereo radio /w CD player, left
right speakers.
7 Steel, painted front bumper Frame
mounted fro tow eyes.
Fuel tank: Eit) g Ilon, aluminum, left side
mounted, wi h fuel cooler.
Steel painted battery box.
8 All applicable and available
maintenance, operations parts
manuals, or CD's
9 All running, marker, backup, turn
taillights to be LED. Center dome light
will be activated by a light mounted
switch.
There will be two factory installed work
lights mounted on the back of the cab,
controlled by a dash mounted switch.
1 Wheel base' 214" -215"
ii
10 1/4 inch straight frame rails with full
length double C channel reinforcement.
Front of frarrte to rear of frame full
length. RBf\ and section modulus must
be consistent from front of frame to rear
of frame Tensile strength shalt be a
minimum of 1 00,000 PSI and have a
minimum RBM of 2,136,000
inch /pounds.
The frame Volt be Huckbolted
COMPLY EXCEPTIONS
X
X
X
2-15 G►v,
.�y1/42 cult,'
H
4 a..-,_ RI. 2, 3Q ,0.0
Do�\a-e 3
Project No ES -10 -004 Page 17 of 291
CATEGORY ITEM MINIMUM SPECIFICATIONS
Engine 1 Cummins ISM 2100 peak rpm, 320 hp,
Drive Train peak torque 1150 ft. lbs. 1200 rpm.
Exhaust system chrome plated, center
mounted with curved tip
There will be installed an engine
protection shut down system that will
monitor oil pressure, oil temperature,
coolant temperature and intake manifold
temperature
Separate independent systems or
spark plug combustion chamber
systems for the regeneration cycle
will not be!considered.
2 Filters: spin; bn coolant, spin on
secondary lel, water separator with
electronic sensor, spin on oil, duel
element airiflter with pre cleaner.
3 All engine Coolant and heater hoses will
be silicone.
Coolant will be premium extended life,
30 degrees freeze level.
Radiator will be a high efficiency style to
accommodate all thermal loads imposed
on it. Radiator will be cored or
configured for use with a crankshaft
driven front mounted hydraulic pump.
There will be an electronic low coolant
level sensor'installed
4 Engine heater immersion style 110v
1000W
COMPLY EXCEPTIONS
X
x
x
x
Project No ES -10 -004 Page 18 of 29
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
Project No ES -10 -004
5 Transmission' Allison HD4500 RDS -P
wide ratio 5 speed, PTO capable,
programmed for refuse service. Pad
pushbuttoncontrois, oil to water cooler,
Transynd synthetic fluid, and an
electronic flHid level, filter and clutch
monitor system.
A 107 dbl bF ckup alarm will be installed,
to activate hen the transmission is
shifted into traverse.
6 Eaton Hydraulic Launch Assist power
train /regenerative braking system will be
installed and functional. If the Hydraulic X
Launch Assist is inoperable, the vehicle
must have the capability to be
operational without it.
7 Front axle Dana Spicer D2000F 20,000
Ib rating 3.5" drop. 20,000 Ib rated leaf
suspension.
Front hubs, iron, gear oil tubed bearings,
with Stemco liquid level visible oil seal
caps or equal. Synthetic gear oil will be
installed.
Hub piloted 12.25" X 22.5" wheels,
11 25" bolt Tires will be 385
65R22,5 tre4tioh tread.
8 Rear axles Oana Spicer D46 -170
tandem drive, 46,000 lb, iron hubs, with
heavy wall drives and drive axle lube
pump. There will be differential locks on
both axles
46,000 Ib Hendrickson HMX460 X
suspension.
Both differentials will have synthetic gear
oil installed
Wheels: hub piloted 8 25 X 22.5.
Tires: 11.00R22 5 Waste Hauler lug
Differential ration 4.78
3i s (0.5 ??.s -C40,4
X t qua ra d W 2
k2 4% 4bS
i3r, c4,c I(e
Page 19 of 29
It41I1
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
9 Brakes, front 16.5" X 6 rear 16.5" X 7
refuse service, HD cam style drum7 with
automatic slack adjusters All brake K
linings to be asbestos free.
Full 6 channel ABS with integrated
traction control X
10 All air brake lines to be air brake rated
reinforced nylon, or air brake rated cloth X
covered steel braid.
Steel, painted air tanks with cable
operated drain valves on all tanks
capable of being operated from outside
the frame.
Air compres or: 18.7 CFM
Air dryer /he'4ter; Bendix AD- IP -EP.
11 All drivelines will be 1810 series
12 Power steehing, duel Sheppard M100
steering boxes, 4 quart remote mounted
reservoir, otlto air cooler
X
REFUSE SYSTEM
Body 1 27 cubic yards capacity.
Election method. Tip to dump
Project No ES -10 -004 Page 20 of 29
G oIo WPM Cof b
CATEGORY ITEM MINIMUM SPECIFICATIONS
9 Brakes, front 16.5" X 6 rear 16.5" X 7
refuse service, HD cam style drum7 with
automatic slack adjusters. All brake
linings to be asbestos free.
Full 6 channel ABS with integrated
traction control.
REFUSE SYSTEM
Body 1
10 All air brake lines to be air bra -'rated
reinforced nylon, or air bra rated cloth
covered steel braid.
Steel, painted air t- s with cable
operated drain ves on all tanks
capable of -'ng operated from outside
the fram
Air c. pressor: 18.7 CFM
r dryer /heater: Bendix AD- IP -EP.
11 All drivelines will be 1810 series
/2 Power steering, duel Sheppard M100
steering boxes, 4 quart remote mounted
reservoir, oil to air cooler.
27 cubic yards capacity.
Eiection method: Tip to dump
d pa.
cv,,
COMPLY EXCEPTIONS
046 ;s
Comply 2oiot/.
Project No ES -10 -004 Page 20 of 29
CATEGORY ITEM
2
MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
Hopper static capacitvj 4 cubic yards
A hopper door will be provided on th® ply v
street side of the body to allow access to
the hopper area. The door will have a
safety interlock switch to shutoff packer
blade function when the door is opened.
A hopper ladder, with grab handles, Comply V
be located on the street side of the
hopper. It will have OSHA required 7"
toe spacing.
A traverse sump will extend the full v ,idth I
of the front hopper. Two 14" X 20" p y
sealed sump doors shall facilitate clean
out of the sump.
A cleanout tool will be provided and Com
V
mounted in a holder on the curbside o
the body.
The hopper will have a two piece cover
to enclose the hopper during transp� nply
The cover will be operated by an air
cylinder and be controlled by a console
mounted switch. The cover must have
an interlock to eliminate the possibility of
dumping a container while the cover is
closed.
Comply
Bodv Sides: 10 gauge 50,000 psi stet
3 Construction:
Bodv Top 10 gauge 50,000 psi steel ®rrlply u/
Bodv floor: 3/16" AR400 177,000 psiComply
steel Hopper sides: 1/4" AR400 177, i 0
steel Hopper floor: 3/8" AR400 177,e- is 1 f ply
psi steel. The hopper floor will be fla I
and extend into the body 38 p y
Tailgate: 10 gauge 50,000 psi steel. Comply \i/
Packing plate: 3/8" steel face plate,
AR400 replaceable wear shoes, 2 -pc'
hinged follower plate
Project No ES -10 -004 Page 21 of 29
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
4 Tailaate: Comply
The tailgate will seal across the bottom
and 60" up each side. It will be raised,
lowered, latched unlatched
hydraulically
Hydraulics:
tandem hydraulic pump, 21 gpm for r�ply
arm, 37 gpm for the packer,
2,500 psi maximum system pressure.
60 gallon reservoir, 100 mesh suctio '1
screen, 10 micron filter.
Packing cylinder: single, trunnion Comply
mounted, double acting.
Controls,
Switches,
Alarms Ot
5
Lift 1 Grippers: Universal style to grip 60 vomply
Arm /Grippers 450 gallon containers without changing
the grippers.
2 Lift Arm:
2000 Ib. lift/dump capacity at full Comply
extension. 84" reach from the side of the
body to the center of a 90 gallon
container. The lift arm shall be capable
of operating during any phase of the
packing operation with full force and
flow.
Arms will operate at low engine speEOrflply
(800 rpm or less) through their entire
range. Lift arm operation must work in a
vertically linear fashion. No swinging or
arcing of the lift arm is permitted.
1 The system will be software controlled
and programmable. Both output and COMply
input diagnostics for troubleshooting will
be built into the software.
Controls will have a built in system hroom ply V
meter as well as cycle counters for: pack
cycles, arm cycles, hydraulic oil low level
occurrence, and filter full.
Project No ES -10 -004 Page 22 of 29
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
2 Both audible and visual alarms wip p be_l_
provide for the following conditio O V
Emergency Stop, Access Door open,
Hopper cover closed, tailgate up, Arm
not stowed, gripper not open, Low
Hydraulic oil level, Hydraulic oil over
temp, oil filter plugged.
System will shut down if the followina
alarms are activated: Filter full alarm,
Hydraulic oil high temp. Alarm: hydraulic
oil low level alarm.
Safety interlocks: Arm must be in an �inply
before it will dump, Grip can not ope
when the arm is up, gripper must be
actuated closed to lift container, arm will
not go up if the body is raised.
3 Packina controls: There will be Gomm
selectable packing modes.
Manual: requires operator to control v'
cycle
Cycle 1: automatically activates on-T.
packing cycle after a container is trOirl ply
dumped
Cycle 2: Automatically activates on orr1
packing cycle after two containers are
dumped.
Cycle 3: Automatically actives two
packing cycles after a container is
dumped
Cycle 4: Automatically actives thre ®reply
packing cycles after a container is
dumped
Project No ES -10 -004 Page 23 of 29
P
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
4 Arm controls:
Rocker switches mounted under the Comply
driver's seat with access from the
ground so that the arms can be
controlled by an operator standing on
the ground.
A joy stick mounted for left handed Comply
operation.
A "feathering" option shall be includecC p l y
for tight quarters operation.
A "shake" option will also be installed coin
allow the operator to shake the
container without doing a complete
undump /dump cycle.
5 All limit and alarm switches will be sPS
state proximity switches. Comply
All wiring harness connectors will be u
waterproof and of a positive latch style.
cameras with, 7" color LED split scre6 Camera system: Three hi- resolution 1 11 ply �r
L 1
display by Safety Vision.
The cameras will be configured: onee
the rear of the vehicle for backing, one
focused on the hopper one mounted
on the left mirror to view the left side of
the vehicle.
7 There will be an onboard Vulcan G- ;l`nply
scale system installed to monitor the
GVW, or 1% of the vehicle weight.
8 A Lincoln Auto lube system will be CoMply
installed to lubricate all grease points on
the arm packer blade.
Project No ES -10 -004 Page 24 of 29
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
9 The cab, box arm will be painted e
match the city of Port Angeles Solid® ply V
Waste scheme.
Imron 5000 polyurethane paint, or
equivalent, in Imron colors, W592 BIQOiflply
W585 Silver, will be used. All painted
areas will be epoxy primed.
The frame will be black, the wheels will
be white.
10 An outside lockable storage box, 16" tall a ,A$7„,
X 24" deep X 24" wide will be installed
p �Z e`c °,�,v,7 Sr c
on the left side. ):1.Vl ..s .S': r'
11 Work Lighting: There will be one flooC ply v/
light focused on the container. One floor
light will be focused on the hopper. All
work lights will be operated by individual
console or dash mounted switches.
Backup lights: two LED backup lighta I
be installed at the rear and be
automatically illuminated when the
transmission is shifted into reverse.
Warning lights: One electronic strobCOrnply
mounted on top of the cab.
Four 7" Grote Super Nova LED amber
strobes, or equivalent, will be mountCOrnply
on the left and right upper corners of the
box and tailgate, two in the front two at
the rear.
Four 4" Grote Super Nova LED am Vor n ply
strobes or equivalent will be mounte on
the rear as close to 48" from ground
level as possible.
The cab strobe will be activated by a
console or dash mounted switch. All^ o' 'y
box strobes will be activated by a
console or dash mounted switch,
separate from the cab mounted strobe
switch.
Project No. ES -10 -004 Page 25 of 29
I
4tv1 �z to r l 320
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS
12 Training will be provided and paid for by
the vendor as follows: 1 day of on site
operator training for all drivers, 1 day of
maintenance and repair training for all
mechanics at a location specified by the
vendor.
GENERAL
Project No ES -10 -004
1 If the City opts to buy one truck the
bidder will provide a trade in offer for the
below listed unit:
One ea. 1999 Peterbilt 320 with 24 CY
Heil refuse box and Rapid Rail
automated side loader.
2 If the City opts to buy a second truck on
this contract, the winning bidder will also
provide a trade in offer for the below
listed unit:
One ea. 2001 Peterbilt 320 with 24 CY
Heil refuse box and Rapid Rail
automated side loader
3 Days from issuance of purchase order to
delivery of unit(s):
4 Delayed Warranty. Warranties will not
start until unit is delivered and signed
for.
5 Crew /Mechanic training will be
completed no later then 1 4.5 -t,4 days
after delivery of unit(s) to the City.
First Ordering Period
(Within the first 60 days from contract
award)* .e- rPore
PER UNIT
BID PRICE: X78 9 6O
SALE TAX: all 2t 2(,w ,-13
TOTAL: if 363, 111,13
COMPLY
TRADEIN OFFER
Z(s c: 00
,X 1 C A t il
V
TRADEIN OFFER
4 L< L.- `�C C C
DAYS
!Go -a 220 .fl�. 1r
DAYS
45 -f (&o i o
Second Ordering Period
(After 60 days thru the end of one year
from contract award)
PER UNIT Ze9 ?5`t
BID PRICE:
SALE TAX: g.-1641
TOTAL: 30'4 4/7_5: go
L i l.t r
II Page 26 of 29
City of Port Angeles
Bid No. ES -10 -004
Refuse Truck Purchase
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notice?
es* N r\-c 4 Co tla� pQyc
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s). 144 to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative
legally authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
ADDRESS
SIGNED
Project No ES -10 -004
Sole Proprietorship Limited Liability Company
330 I �q.,,poi WO,.., X a CPS
1
CITY /STATE /ZIP n e� I"
PHONE( ZSs 118
NAME (PLEASE PRINT) -1-c�,✓'�
ut
TITLE" -.c 4". °`RSIL Sc1 -4-
rz°- 4 —oac,s
FAX 204) 340 -0 1 40
,Y DATE r iZe /CD
Page 27 of 29
STATE OF WASHINGTON
COUNTY OF vei
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named, and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him /her self an advantage over any other bidder or bidders.
Subscribed and sworn to before me this 77 day of 49v
Project No ES -10 -004
NON COLLUSION AFFIDAVIT
Signature of Bidder /Contractor
,20
Notary Pubb� in and for e
State of i s �:i0Q
Residing at c. u e. \A
My Comm. Exp.: r
Page 28 of 29